Flagship Housing is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Vehicles and associated supplies & services |
Notice type: | Contract Notice |
Authority: | Flagship Housing |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Flagship Group is setting up a DPS for vehicles and associated supplies and services. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini-competitions. Access to the Selection Stage will be open throughout the life of the DPS. The DPS may be used for any of Flagship Group's subsidiary companies. |
Published: | 30/01/2024 12:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH15
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Transport-equipment-and-auxiliary-products-to-transportation./5ECJ9Y987Y
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/5ECJ9Y987Y to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Vehicles and associated supplies & services
Reference Number: Not provided
II.1.2) Main CPV Code:
34000000 - Transport equipment and auxiliary products to transportation.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Flagship Group is setting up a DPS for vehicles and associated supplies and services. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini-competitions. Access to the Selection Stage will be open throughout the life of the DPS. The DPS may be used for any of Flagship Group's subsidiary companies.
II.1.5) Estimated total value:
Value excluding VAT: 120,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Vehicles
Lot No: 1
II.2.2) Additional CPV codes:
34000000 - Transport equipment and auxiliary products to transportation.
34100000 - Motor vehicles.
34110000 - Passenger cars.
34111000 - Estate and saloon cars.
34111100 - Estate cars.
34111200 - Saloon cars.
34113000 - 4-wheel-drive vehicles.
34113200 - All-terrain vehicles.
34113300 - Off-road vehicles.
34115000 - Other passenger cars.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
34115300 - Second-hand transport vehicles.
34120000 - Motor vehicles for the transport of 10 or more persons.
34130000 - Motor vehicles for the transport of goods.
34131000 - Pick-ups.
34134000 - Flatbed and Tipper trucks.
34134100 - Flatbed trucks.
34134200 - Tipper trucks.
34136000 - Vans.
34136100 - Light vans.
34136200 - Panel vans.
34137000 - Second-hand goods vehicles.
34138000 - Road tractor units.
34140000 - Heavy-duty motor vehicles.
34142000 - Crane and dumper trucks.
34142100 - Elevator-platforms trucks.
34142200 - Skip loaders.
34144000 - Special-purpose motor vehicles.
34144700 - Utility vehicles.
34144900 - Electric vehicles.
34200000 - Vehicle bodies, trailers or semi-trailers.
34210000 - Vehicle bodies.
34220000 - Trailers, semi-trailers and mobile containers.
34221000 - Special-purpose mobile containers.
34223000 - Trailers and semi-trailers.
34223200 - Bowsers.
34223370 - Tipper trailers.
34224000 - Parts of trailers, semi-trailers and other vehicles.
34328200 - Vehicle conversion kits.
34330000 - Spare parts for goods vehicles, vans and cars.
34350000 - Tyres for heavy/light duty vehicles.
34351000 - Light- duty tyres.
34351100 - Tyres for motor cars.
34352000 - Heavy-duty tyres.
42961300 - Vehicle location system.
50111110 - Vehicle-fleet-support services.
64226000 - Telematics services.
66000000 - Financial and insurance services.
66100000 - Banking and investment services.
66110000 - Banking services.
66114000 - Financial leasing services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
II.2.4) Description of procurement: Procurement of vehicles.
Estimated values are for the 10 year period.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5ECJ9Y987Y
II.2) Description Lot No. 2
II.2.1) Title: Vehicle conversion and reconditioning services
Lot No: 2
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
50100000 - Repair, maintenance and associated services of vehicles and related equipment.
50110000 - Repair and maintenance services of motor vehicles and associated equipment.
50111000 - Fleet management, repair and maintenance services.
50112000 - Repair and maintenance services of cars.
50114000 - Repair and maintenance services of trucks.
50117000 - Vehicle conversion and reconditioning services.
50117100 - Motor vehicle conversion services.
66000000 - Financial and insurance services.
66100000 - Banking and investment services.
66110000 - Banking services.
66114000 - Financial leasing services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
II.2.4) Description of procurement: Procurement of vehicle fleet conversion and reconditioning services.
Estimated values are for the 10 year period.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: https://www.delta-esourcing.com/respond/U9WGKNAZ59
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/01/2034 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Transport-equipment-and-auxiliary-products-to-transportation./5ECJ9Y987Y
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5ECJ9Y987Y
VI.4) Procedures for review
VI.4.1) Review body:
Flagship Housing Group Limited
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555
VI.4.2) Body responsible for mediation procedures:
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
VI.5) Date Of Dispatch Of This Notice: 30/01/2024
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH15
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Vehicles and associated supplies & services
Reference number: Not Provided
II.1.2) Main CPV code:
34000000 - Transport equipment and auxiliary products to transportation.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Flagship Group have set up a DPS for vehicles and associated supplies and services. Mini competitions will be issued throughout the life of the DPS. All the bidders registered on the DPS who have passed the Selection Stage will be invited to participate in the mini-competitions. Access to the Selection Stage will be open throughout the life of the DPS. The DPS may be used for any of Flagship Group's subsidiary companies.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,108,296.14
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Vehicles
Lot No:1
II.2.2) Additional CPV code(s):
34000000 - Transport equipment and auxiliary products to transportation.
34100000 - Motor vehicles.
34110000 - Passenger cars.
34111000 - Estate and saloon cars.
34111100 - Estate cars.
34111200 - Saloon cars.
34113000 - 4-wheel-drive vehicles.
34113200 - All-terrain vehicles.
34113300 - Off-road vehicles.
34115000 - Other passenger cars.
34115200 - Motor vehicles for the transport of fewer than 10 persons.
34115300 - Second-hand transport vehicles.
34120000 - Motor vehicles for the transport of 10 or more persons.
34130000 - Motor vehicles for the transport of goods.
34131000 - Pick-ups.
34134000 - Flatbed and Tipper trucks.
34134100 - Flatbed trucks.
34134200 - Tipper trucks.
34136000 - Vans.
34136100 - Light vans.
34136200 - Panel vans.
34137000 - Second-hand goods vehicles.
34138000 - Road tractor units.
34140000 - Heavy-duty motor vehicles.
34142000 - Crane and dumper trucks.
34142100 - Elevator-platforms trucks.
34142200 - Skip loaders.
34144000 - Special-purpose motor vehicles.
34144700 - Utility vehicles.
34144900 - Electric vehicles.
34200000 - Vehicle bodies, trailers or semi-trailers.
34210000 - Vehicle bodies.
34220000 - Trailers, semi-trailers and mobile containers.
34221000 - Special-purpose mobile containers.
34223000 - Trailers and semi-trailers.
34223200 - Bowsers.
34223370 - Tipper trailers.
34224000 - Parts of trailers, semi-trailers and other vehicles.
34328200 - Vehicle conversion kits.
34330000 - Spare parts for goods vehicles, vans and cars.
34350000 - Tyres for heavy/light duty vehicles.
34351000 - Light- duty tyres.
34351100 - Tyres for motor cars.
34352000 - Heavy-duty tyres.
42961300 - Vehicle location system.
50111110 - Vehicle-fleet-support services.
64226000 - Telematics services.
66000000 - Financial and insurance services.
66100000 - Banking and investment services.
66110000 - Banking services.
66114000 - Financial leasing services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
Main site or place of performance:
EAST OF ENGLAND
II.2.4) Description of the procurement: Procurement of vehicles.
Estimated values are for the 10 year period.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 75
Cost criterion - Name: Price / Weighting: 25
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5ECJ9Y987Y
II.2) Description (lot no. 2)
II.2.1) Title:Vehicle conversion and reconditioning services
Lot No:2
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
50100000 - Repair, maintenance and associated services of vehicles and related equipment.
50110000 - Repair and maintenance services of motor vehicles and associated equipment.
50111000 - Fleet management, repair and maintenance services.
50112000 - Repair and maintenance services of cars.
50114000 - Repair and maintenance services of trucks.
50117000 - Vehicle conversion and reconditioning services.
50117100 - Motor vehicle conversion services.
66000000 - Financial and insurance services.
66100000 - Banking and investment services.
66110000 - Banking services.
66114000 - Financial leasing services.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
Main site or place of performance:
EAST OF ENGLAND
II.2.4) Description of the procurement: Procurement of vehicle fleet conversion and reconditioning services.
Estimated values are for the 10 year period.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: https://www.delta-esourcing.com/respond/U9WGKNAZ59
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-003067
IV.2.8) Information about termination of dynamic purchasing system
The notice involves the termination of the dynamic purchasing system published by the above contract notice: No
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Van Fleet Replacement Programme 2024
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/05/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Lookers Leasing Limited, 05654532
Lookers House, 3 Etchells Road, West Timperley, Altrincham, WA14 5XS, United Kingdom
NUTS Code: UKD3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,108,296.14
Total value of the contract/lot: 2,108,296.14
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=872827935
VI.4) Procedures for review
VI.4.1) Review body
Flagship Housing Group Limited
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555
VI.4.2) Body responsible for mediation procedures
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
VI.5) Date of dispatch of this notice: 09/07/2024